Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 17, 2017 FBO #5685
MODIFICATION

54 -- Type 2 ammunition/explosives storage magazines

Notice Date
6/15/2017
 
Notice Type
Modification/Amendment
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Utah, PO Box 2000, Draper, Utah, 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W91ZSK71580100
 
Archive Date
7/14/2017
 
Point of Contact
Joseph H. Petersen, Phone: 801-432-4460, Dallas Ray Workman, Phone: 8014324607
 
E-Mail Address
joseph.h.petersen.mil@mail.mil, dallas.r.workman.civ@mail.mil
(joseph.h.petersen.mil@mail.mil, dallas.r.workman.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The solicitation number is W91ZSK71580100 and is issued as a request for quotations (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-58. The associated North American Industrial Classification System (NAICS) code for this procurement is 332311with a small business size standard of 750 employees. This requirement is a Small Business set-aside and only qualified offerors may submit bids. The USPFO for UTAH requires ten (10) 6' X 4' X 4' Type 2 ammunition/explosives storage magazines, with grounding kits, anchor bolts and attached 30'' X 30'' X 30'' Type 2, Class ABC magazine. LINE 0001 Ten (10) 6' X 4' X 4' (1828mm x 1219mm x 1219mm) US Military specification, Type 2 ammunition/explosives storage magazine, to meet or exceed US Government specification NSWC 3046-93-1, which complies with physical security requirements of DoD Manual 5100.76-M, AR 190-11, AFMAN 91-201 and OPNAVINST 5530.13c LINE 0002Three (3) 30'' X 30'' X 30'' Type 2, Class ABC US Government spec magazine attached LINE 0003Twenty (20) NFPA ground kits LINE 0004Forty (40) Anchor bracket with bolt All specifications must accompany the quote for evaluation. The contract type for this procurement will be a firm-fixed price and award will be made on the basis of best value to the Government. This solicitation will be fulfilled based on availability of funds. Quotes are due NLT 7:00 am MST 29 June 2017 to include shipping costs to 84065, expected delivery date, DUNS Number, Cage Code, Tax ID and business size. Quotes may be mailed to: USPFO for Utah, Attention: Joseph Petersen, 12953 South Minuteman Drive, Draper, UT 84020-9286 or e-mailed to joseph.h.petersen.mil@mail.mil; facsimiles will NOT be accepted. All quotes must arrive at the place and by the time specified. The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at http://farsite.hill.af.mil/vffara.htm and DFARS clauses and provisions can be read in their full text at http://farsite.hill.af.mil/vfdfara.htm. The clauses are to remain in full force in any resultant contract. Response from vendors is required, if applicable, to the following: FAR 52.204-2 Alt II Security Requirements FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations; FAR 52.212-1 Instructions to Offerors--Commercial Items; FAR 52.212-2 Evaluation--Commercial Items; FAR 52.212-3 Offeror Representations and Certifications--Commercial Items, with Alternate I; FAR 52.212-4 Contract Terms and Conditions--Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: (a) FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; (b) FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; (c) FAR 52.219-28 Post-Award Small Business Program Representation; (d) FAR 52.222-3 Convict Labor; (e) FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; (f) FAR 52.222-21 Prohibition of Segregated Facilities; (g) FAR 52.222-26 Equal Opportunity; (h) FAR 52.222-36 Affirmative Action for Workers with Disabilities; (i) FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; (j) FAR 52.225-13 Restrictions on Certain Foreign Purchases; (k) FAR 52.232-33 Payment by Electric Funds Transfer-Central Contractor Registration; FAR 52.219-6 Notice of Small Business Set-Aside FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-5 Pollution Prevention and Right-to-Know Information; FAR 52.233-3 Protest after Award; FAR 52.233-4 Applicable Law For Breach Of Contract Claim; FAR 237-2 Protection of Government Buildings, Equipment, and Vegetation; FAR 52.252-2 Clauses Incorporated by Reference; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7004 Alt A Central Contractor Registration; DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses within 252.212-7001 apply to this solicitation and any resultant contract: (a) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; (b) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; (c) DFARS 252.247-7023 Alt III Transportation of Supplies by Sea; DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials; DFARS 252.225-7035 Buy American--Free Trade Agreements--Balance of Payments; DFARS 252.225-7036 Buy American-Free Trade Agreements--Balance of Payments; DFARS 252.232-7010 Levies of Contract Payments; Delivery shall be made within 30 days or less after receipt of order (ARO). SAM Requirement - Company must be registered on System for Award Management (SAM) before an award could be made to them. If company is not registered in SAM, they may do so by going to SAM web site at https://www.sam.gov. New equipment ONLY, NO remanufactured or used products. No "GREY" market items. Bid MUST be good for 30 days after submission. FOB Destination: Camp Williams Utah, Riverton UT 84065
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42/W91ZSK71580100/listing.html)
 
Place of Performance
Address: Ammunition Supply Point (ASP), 17800 south Camp Williams Road, Bluffdale, Utah, 84065, United States
Zip Code: 84065
 
Record
SN04545603-W 20170617/170615234851-8baf6c561e6f24ca78af629864cf3efa (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.